REQUEST FOR PROPOSAL # For On-Call Specialty Printing Banners, Displays, Signage ISSUE DATE: MAY 8, 2018

Similar documents
REQUEST FOR PROPOSAL # FOR. Integrated Marketing Campaign: Creative Services

Professional Staff Augmentation for Creative and Marketing Services

UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE REQUEST FOR PROPOSAL. for OFFLINE ADVERTISING MEDIA BUYING SERVICES. SOLICITATION No.

Family and Medical Leave Act (FMLA) Administration Services

UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE

OFFICE OF PROCUREMENT AND CONTRACTING REQUEST FOR PROPOSAL #16-03 QUEEN ANNE ACADEMIC CENTER RENOVATION AND ADDITION PART A: CONTRACTOR QUALIFICATION

SALESFORCE MARKETING CLOUD IMPLEMENTATION SERVICES

OFFICE OF PROCUREMENT AND CONTRACTING REQUEST FOR PROPOSALS #14-12 MINORITY BUSINESS ENTERPRISE (MBE) COMPLIANCE MANAGEMENT

STANDARD SOLICITATION: REQUEST FOR PROPOSALS. Federal Block Grant School Intervention Services CCHD

EMPLOYEES BASIC LIFE, ACCIDENTAL DEATH AND DISABILITY

REQUEST FOR INFORMATION INVESTIGATIVE DUE DILIGENCE SERVICES

INVITATION TO BID U Directional Boring Utility Department

NEW HEALTH CARE PLAN - MEDICAL, PRESCRIPTION DRUG, DENTAL & VISION

UNIVERSITY OF MARYLAND BALTIMORE COUNTY REQUEST FOR PROPOSAL # BC R DIGITAL ADVERTISING CONSULTANT

OFFICE OF PROCUREMENT AND CONTRACTING INVITATION FOR BID #15-05 NEW BATHROOM COUNTER TOPS

PROJECT MANUAL COLLEGE OF SOUTHERN MARYLAND TELECOMMUNICATIONS ROOMS ELECTRICAL & MECHANICAL UPGRADES

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

UNIVERSITY OF MARYLAND, BALTIMORE COUNTY (UMBC) MULTI-STEP BID FOR UMBC SECURITY GUARD SERVICES AT SOUTH CAMPUS STUDENT PARKING LOT BC Q

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

Walk-In Freezer/Cooler Replacement at Williamsport High School

INVITATION TO BID-R Frieda Zamba Pool Renovations

PROPOSAL REQUEST. Sumner County Sheriff s Office

Chesapeake College P.O. Box 8 Wye Mills, Maryland 21679

PROPOSAL REQUEST. Sumner County Emergency Medical Service

REQUEST FOR PROPOSALS

Solicitation # Account Provisioning and SSO Services Addendum #2 dated 4/25/2017

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

INVITATION TO BID FOR INSURANCE BROKER SERVICES FOR CRIME, SURETY/BONDS, EMPLOYEE DISHONESTY AND RELATED COVERAGES ITB #CSBC

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT

THE SUMNER COUNTY REGISTER OF DEEDS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below.

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Cherokee Nation

Iowa Dept. of Inspections & Appeals, Health Facilities Division Iowa licensed attorney

GUILFORD COUNTY SCHOOLS Invitation for Bids

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

Invitation to Bid ROBOTIC CAMERA SYSTEM

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

Convert Six East/West Tennis Courts to a North/South Orientation

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

Macomb County Department of Roads

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

CITY OF TITUSVILLE, FLORIDA

SOMERSET COUNTY INSURANCE COMMISSION

City of Bowie Private Property Exterior Home Repair Services

REQUEST FOR PROPOSALS

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

PLEASANTVILLE HOUSING AUTHORITY

construction plans must be approved for construction by the City PBZ department.

INFORMATION FOR BID. Tee Shirts (School Nutrition)

Task Order Request for Proposals for Release Under Contract UB-12-B-19

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

Invitation to Bid BULK MOTOR OIL

Invitation to Bid IN-CAR CAMERA S

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ REQUEST FOR PROPOSAL

APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects)

Cherokee Nation

GUILFORD COUNTY SCHOOLS Invitation for Bids

REQUEST FOR QUALIFICATIONS FOR PAYROLL AUDITOR

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL SERVICES FOR CALENDAR YEAR 2019 ISSUE DATE: 9, 2018 DUE DATE:

STATE OF MARYLAND ADMINISTRATIVE OFFICE OF THE COURTS PROCUREMENT, CONTRACT AND GRANT ADMINISTRATION 2003 C COMMERCE PARK DRIVE ANNAPOLIS, MD 21401

Request for Quotes (RFQ) For Graphic design services

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

REQUEST FOR SEALED PROPOSALS

Request for Proposals (RFP): Process/Outcome/Cost Benefit Evaluation

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

Request for Proposals (RFP)

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

Invitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE

Texas Rising Star Assessor Services RFQ. Cover Sheet

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

Transcription:

REQUEST FOR PROPOSAL # 91598 For On-Call Specialty Printing Banners, Displays, Signage ISSUE DATE: MAY 8, 2018 SIGNIFICANT MILESTONES: TIME: DATE: Last Day for Questions 2:00 PM EDT 5/18/2018 Pre-Proposal Conference NA Technical Proposal Due Date: 2:00 PM EDT 05/30/2018 Price Proposal Due Date 2:00 PM EDT 05/30/2018 NOTICE: Prospective Offerors who have received this document from a source other than the Issuing Office should immediately contact the Issuing Office and provide their name and mailing address in order to ensure that amendments to the Request for Proposal or other communications can be sent to them. Any Prospective Offeror who fails to provide the Issuing Office with this information assumes complete responsibility in the event that they do not receive communications from the Issuing Office prior to the closing date. University of Maryland University College 3501 University Boulevard East Adelphi, Maryland 20783 www.umuc.edu UMUC RFP #91598 Specialty Printing Page 1 of 64

UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE On-Call Specialty Printing RFP #91598 TABLE OF CONTENTS SECTION: DESCRIPTION Solicitation Schedule Section I Section II Section III General Information/Instructions to Offerors Scope of Work Procurement Phases and Evaluation Process APPENDIX A: Technical Proposal Forms A.1 Acknowledgement of Receipt of Addenda A.2 Bid/Proposal Affidavit A.3 Firm Profile A.4 Firm Experience and References A.5 Acknowledgement of Review and Acceptance of Contract Terms APPENDIX B: Price Proposal Form APPENDIX C: Contract Forms Contract (sample for review only) Contract Affidavit APPENDIX D: Electronic Fund Transfer Schedule APPENDIX E: Living Wage Requirements, and Living Wage Affidavit APPENDIX S: Solicitation Terms and Conditions UMUC RFP #91598 Specialty Printing Page 2 of 64

SOLICITATION SCHEDULE RFP #91598 Issue Date: May 8, 2018 Last Day for Questions: Technical Proposal Due Date: May 18, 2018, 2:00 EDT May 30, 2018, 2:00 EDT Price Proposal Due Date: May 30, 2018, 2:00 EDT (To be sent in a separate file from Technical Proposal) Contractor(s) Selection Anticipated to be Finalized: June 15, 2018 Contract Commencement: July 1, 2018 UMUC RFP #91598 Specialty Printing Page 3 of 64

REQUEST FOR PROPOSALS Specialty Printing SECTION I. GENERAL INFORMATION 1. Summary. 1.1. Solicitation: The intent of this Request for Proposals ( RFP or Solicitation ) is to provide printing firms an opportunity to present their qualifications, experience, and conceptual approach to providing the scope of services in relation to the needs of University of Maryland University College ( UMUC or University ). Proposals that concisely present the information requested in the order and manner requested will be considered more favorably than a Proposal ( Proposal or Offer ) from an Offeror of commensurate qualifications that displays a lack of organization, conciseness or attention to detail. Print brokers are not permitted to participate in this Solicitation. It is anticipated that multiple, non-exclusive contracts will result from this Solicitation. 1.2. Procurement Regulations: This RFP shall be conducted in accordance with USM Procurement Policies and Procedures. The procurement method is Competitive Sealed Proposals. The text of the Policies and Procedures is available at http://www.usmd.edu/regents/bylaws/sectionviii/viii300.html. 1.3. Background: For a profile of the University, see http://www.umuc.edu/visitors/about/. 2. Issuing Office. 2.1. Issuing Office: University of Maryland University College Office of Procurement Services, Room 4100 3501 University Blvd. East Adelphi, MD 20783 Attn: Wendy Johnson Assistant Director, Goods and Non-Technology Services 301-985-7148 Wendy.johnson@umuc.edu And: Sharon Barry Director, Goods and Non-Technology Services 301-985-7156 Sharon.barry@umuc.edu 2.2. The Issuing Office shall be the sole point of contact with the University for purposes of the preparation and submittal of proposals in response to this solicitation. UMUC RFP #91598 Specialty Printing Page 4 of 64

3. Questions and Inquiries. All questions and inquiries regarding this procurement must be directed to the Issuing Office noted above by the question deadline. Questions must be submitted in writing via electronic mail to wendy.johnson@umuc.edu. Inquiries will receive a written reply. Copies of replies will be sent to all other Offerors, but without identification of the inquirer. All such questions and inquiries must be received by the date and time as listed on the cover and the Solicitation Schedule of this RFP. 4. Pre-Proposal Conference. A Pre-Proposal Conference is not part of this Solicitation. 5. Proposal Closing Date/Due Date and Time. 5.1 An original, plus four (4) copies [for a total of five (5)], as well as a flash drive of the Technical Proposal must be received at the Issuing Office by the time and date per the Solicitation Schedule, as well as listed on the cover of this RFP. Technical Proposals must be in a sealed envelope or container labeled Technical Proposal RFP 91598, and clearly indicate the proposing firm name. Electronic media shall not contain additional information that is not included in the hard copies. No pricing information is to be provided in the Technical Proposal; if any pricing information is included, the Proposal may be deemed non-responsive by the Procurement Officer. Only one (1) copy of each Sample is required. Samples are to be clearly labeled and packaged neatly. 5.2 The Price Proposal is to be provided to the Issuing Office in accordance with the Solicitation Schedule and in a separate envelope from the Technical Proposal. No pricing is to be provided in the Technical Proposal submittal. An original plus one copy [for a total of two (2)], of the Price Proposal must be received at the Issuing Office by the time and date per the Solicitation Schedule, as well as listed on the cover of this RFP. Offerors should clearly mark the original hard copy of the Price Proposal, as this is considered by UMUC to be the official Offer from the Proposer. The Price Proposal envelope must be clearly labeled with Price Proposal RFP #91598, and clearly indicate the proposing firm name. 5.3 Late Proposal submissions will not be accepted. Proposals must be received in room 4100 no later than 2:00 PM EDT on the due date. The University will not waive delay in delivery resulting from need to transport a Proposal from another campus location, or error or delay on the part of the carrier. Directions to the UMUC Issuing Office can be found at the website http://www.umuc.edu/visitors/locations/adelphi_building.cfm. Please note that all visitors are required to check-in with the Security desk on the first floor of the Administration Building prior to proceeding to the Procurement Office on the fourth floor. Proposals will be time-stamped at the Procurement Reception desk. 5.4 Neither Technical nor Price Proposals will be opened publicly. The identity of Offerors will not be disclosed prior to the Contract Award. 5.5 The Technical Proposal and/or Price Proposal, either individually or collectively, is considered by UMUC to be an Offer. UMUC RFP #91598 Specialty Printing Page 5 of 64

6. Acceptance of Terms and Conditions. By submitting a Proposal, an Offeror shall be deemed to have accepted the terms, conditions, and requirements set forth in this RFP. The RFP including all addenda in total shall be incorporated into the Contract by reference. 7. Contractual Agreement and Term. It is intended that multiple contracts will result from this Solicitation. Any Contract arising from this RFP action shall commence on the date the Contract is executed on behalf of UMUC, or such other date as UMUC and the Contractor shall agree. The initial term of the Contract is anticipated to start on or around July 1, 2018, through June 30, 2019. There are four (4) one-year renewal options at the sole discretion of UMUC. 8. Confidentiality of UMUC s and Offeror s Information. Refer to Appendix S for the terms of confidentiality of UMUC s and Offeror s information. 9. Post-Award Confidentiality. Refer to Appendix C for the confidentiality obligations of awardees and UMUC. UMUC RFP #91598 Specialty Printing Page 6 of 64

SECTION II. SCOPE OF WORK 1. Purpose/Description. UMUC is seeking proposals for printing of various items to include but not limited to, banners, displays, small signs, and panels ( Services ). Task orders containing print specifications will be issued to one or more of the contracted firms as projects are needed. Task orders may be issued to any of the contracted firms, and in no particular order. There is no guarantee of the amount of work that will be assigned. It is anticipated that multiple contracts will be issued as a result of this Solicitation. Proposers shall be wellestablished, high-quality printers with a reputation for timeliness and superior customer service. Since press checks are required, it is desirable that firms be located in the Washington DC metropolitan area. This Agreement is non-exclusive. UMUC reserves the right to arrange for the Services provided hereunder from any other source. 2. Scope of Work. Printing shall be inclusive of the following unless otherwise specified in the task order. PrePress: Final artwork shall be uploaded to a File Transfer Protocol (FTP) site. Color Corrections: One (1) round of color corrections shall be included with each estimate. Line Screen: Overs/Unders: Substitutions: Press Checks: Copies/Samples: In-House: Delivery: Inside Delivery: Printers shall use highest line screen possible. Overages are not allowed and will not be reimbursed unless approved by UMUC prior to printing. Unders are not acceptable. No substitutions of any kind will be accepted without prior UMUC consent. Press checks may be required. Additional copies of standard printed items shall be provided to the UMUC Project Coodinator for each project. Task orders will specify the amount of additional copies needed. Additional copies are to be included in original estimate. Printing shall be performed in-house, unless otherwise approved by UMUC. Contractors shall be solely responsible for all services and printing assigned. Foilstamping and embossing services are allowed to be outsourced with prior permission from UMUC. Responses shall clearly state if foil stamping and/or embossing will be completed in-house or outsourced. No other outsourcing is permissible. Print brokers are not permitted. Task orders shall contain a required delivery date. Estimates from Contractors shall include confirmation of requested delivery date. If not confirmed, it is understood the requested deliver dates will be met. Inside delivery fees (for local delivery) shall be included in estimates. UMUC RFP #91598 Specialty Printing Page 7 of 64

Overseas Delivery: If overseas delivery is required, fees shall be charged at cost only. No mark-up is allowed. Proposals shall include your firm s experience with overseas shipping and delivery. UMUC RFP #91598 Specialty Printing Page 8 of 64

SAMPLE PROJECTS (For Pricing Purposes) The sample specifications are not all encompassing or exclusive. There may be additional printing requirements as the need arises. Your proposal shall provide an itemized breakdown of costs for the printing and delivery of each of the five (5) sample projects outlined in the Solicitation. Offerors shall submit pictures and/or samples of recent projects for each of the print specifications outlined in the Solicitation. No substitutions allowed. Photographs and diagrams of samples are contained in Attachments to the Solicitation. Attachment 1: Commencement Pin Poster Attachment 2: Tablecloth Attachment 3: Acrylic Sign Attachment 4: Banner Up Attachment 5: Hanging Banner UMUC RFP #91598 Specialty Printing Page 9 of 64

Sample 1 Pin Poster Project Name: Size/Pages/ Final Trim Size: 2018 Commencement Pin Poster 24 x 36 - mount to Insite Quantity: 1 Stock: Lightjet - mount to Insite Ink: 4/0 Bleeds: yes Delivery Date: Proofs: 1 color hard proof Special Instructions: PLEASE RETURN ALL PRINTER FILES TO UMUC Project Manager (even if no edits are made during proofing stage). Deliver To: Office of Commencement Services University of Maryland University College 1616 McCormick Dr Largo, MD 20774 PrePress: All final artwork will be provided on disk. Color Corrections: Please include one round of color corrections into estimate. Line Screen: Use highest line screen possible. Please discuss with Production Manager. Overs: UMUC will not pay for overs. Unders are not accepted. Substitutions: No substitutions of any kind will be accepted without the prior consent UMUC RFP #91598 Specialty Printing Page 10 of 64

Sample 2 - Tablecloth Project Name: Project #: UMUC Tablecloth 18-MKT-062 Size: 6 Pages: Black with centered, white UMUC Rebranded logo Drapes on 4 sides. Final Trim Size: Quantity: 2 Stock: Black Polyester poplin fabric Bleeds: Bindery: None Ink: 1/0 Proofs: Delivery Date: Deliver to: UMUC - TBD PrePress: Color Corrections: Line Screen: Overs: Substitutions: All final artwork will be provided on disk. Please include one round of color corrections into estimate. Use highest line screen possible. Please discuss with Production Manager. UMUC will not pay for overs. Unders are not accepted. No substitutions of any kind will be accepted without the prior consent UMUC RFP #91598 Specialty Printing Page 11 of 64

Sample 3 Acrylic Sign Project Name: Project #: Size/Pages/ Final Trim Size: Courthouse Exhibit Acrylic Panel 18-ARTS-007 36 x 48 Acrylic panel Quantity: 1 Stock: Ink: Bleeds: Print art on Fotofab material and apply to white acrylic panel. 4/0 on the Fotofab Yes Bindery: Proofs: Yes, HIGH RESOLUTION COLOR PROOF Delivery Date: Deliver To: UMUC Arts Dept. 3501 University Blvd East Adelphi, MD 20783 PrePress: All final artwork will be provided on disk. Color Corrections: Please include one round of color corrections into estimate. Line Screen: Use highest line screen possible. Please discuss with Production Manager. Overs: UMUC will not pay for overs. Unders are not accepted. Substitutions: No substitutions of any kind will be accepted without the prior consent UMUC RFP #91598 Specialty Printing Page 12 of 64

Sample 4 Banner Up Project Name: Language of Abstraction Banner Ups Project #: Size: 34.65 x 95 Pages: Final Trim Size: Quantity: Stock: Bleeds: Bindery: 2 - Mark Bric Banner Up. Plus three (3) feet. Need hardware and insert. No substitutions Polypropylene Yes None Ink: 4/0 Proofs: Yes / High Resolution Color Proof Delivery Date: Deliver to: PrePress: Color Corrections: Line Screen: Overs: Substitutions: Deliver to Arts 3501 University Blvd East Adelphi, MD 20783 All final artwork will be provided on disk. Please include one round of color corrections into estimate. Use highest line screen possible. Please discuss with Production Manager. UMUC will not pay for overs. Unders are not accepted. No substitutions of any kind will be accepted without the prior consent UMUC RFP #91598 Specialty Printing Page 13 of 64

Sample 5 Hanging Banner Project Name: Project #: Size/Pages/ Final Trim Size: Quantity: Stock: Abstraction Hanging Banners 18-ARTS-003 20 x 80 Double-sided 4 of 1 version (Same image on two sides) 10oz Artist 355 No Lite Ink: Dye sub 4/4 Bleeds: Bindery: Proofs: Yes Trim and sew pole pocket at top. Provide pole. Bottom needs pole pocket with weight to hang straight. Arts dept. will hang banners Pole should extend beyond banner so wire can be attached to it. Yes, HIGH RESOLUTION COLOR PROOF. Special Instructions: Delivery Date: Deliver To: Arts Department 3501 University Blvd East Adelphi, MD 20783 PrePress: All final artwork will be provided on disk. Color Corrections: Please include one round of color corrections into estimate. Line Screen: Use highest line screen possible. Please discuss with Production Manager. Overs: UMUC will not pay for overs. Unders are not accepted. Substitutions: No substitutions of any kind will be accepted without the prior consent UMUC RFP #91598 Specialty Printing Page 14 of 64

1. General Requirements. SECTION III. PROCUREMENT PHASES AND EVALUATION PROCESS ARTICLE 1. TECHNICAL PROPOSAL REQUIREMENTS 1.1 Transmittal Letter: A transmittal letter prepared on the Offeror's business stationery must accompany the Technical Proposal. The letter should be an executive summary that clearly and concisely summarizes the content of the Technical Proposal. The letter must be signed by an individual who is authorized to bind the firm to all statements, including services and financial statements, contained in the Proposal. (See 1.2 below.) Include the Offeror s official business address and state in which it is incorporated or organized (if Offeror is not an individual). An appropriate contact name, title, phone number, and email address should also be provided for UMUC s use during the procurement process. Do not include price information in the transmittal letter. 1.2 Signing of Forms: A Proposal, if submitted by an individual, shall be signed by the individual. If submitted by a partnership, a Proposal shall be signed by such member(s) of the partnership with authority to bind the partnership. If submitted by a corporation, a Proposal shall be signed by an officer, and attested by the corporate secretary or an assistant corporate secretary; if not signed by an officer, there must be attached a copy of a board resolution or that portion of the by-laws, duly certified by the corporate secretary, showing the authority of the person so signing on behalf of the corporation. 2. Initial Technical Criteria. Clear, concise, yet detailed responses to the technical criteria below are to be provided in the Technical Proposal. In addition, the Bid/Proposal Affidavit and Acknowledgement of Receipt of Addenda (if applicable) must be included. Standard sales material may be provided, but must be attached as an appendix rather than included within the body of the Proposal. Offerors must paginate the Technical Proposal and are requested to provide tabs to separate responses to each of the technical criteria. The following information must be furnished in the Technical Proposal per this solicitation, as more fully described below in items 2.1 through 2.11. Failure to include any of the items listed below may disqualify your firm s response. The Technical Criteria, items 2.1 through 2.11, are listed below in order of importance. Offerors are requested to compile their Proposals in the same order. It is the Offeror s responsibility to tailor its response to demonstrate its qualifications to perform the scope of work specifically for UMUC. The following items 2.1 through 2.11 are listed below in order of importance. Offerors are requested to compile their Proposals in the same order. It is the Offeror s responsibility to tailor its response to demonstrate its qualifications to perform the scope of work specifically for UMUC. Mandatory Requirements 2.1 Firm Profile: Complete Appendix A.3 UMUC RFP #91598 Specialty Printing Page 15 of 64

2.2 Samples: On a flash drive or other portable electronic media, provide a minimum of five (5) samples that represent the firm s capability of producing products equal to in specifications and quality to the samples outlined in this Solicitation. Provide a detailed description and specifications of each sample. 2.3 Firm Experience and References: Refer to Appendix A.4. UMUC reserves the right to verify all information, as well as to check any other sources available including itself. 2.4 Proposed Key Personnel (Include the Account Manager and Customer Service Representative (CSR): UMUC reserves the right to check references of the Account Manager and/or CSR, including those not provided in your response. 2.5 Equipment List: Provide a detailed list of production equipment. 2.6 Approach: Describe how your firm plans to provide the high quality services that UMUC requires. UMUC prefers that projects are not outsourced to subcontractors or other facilities. This requirement ensures timeliness, quality control and ease of communications. 2.7 Special and/or Unique Qualifications: Describe special and/or unique qualifications your firm possesses. 2.8 Bid/Proposal Affidavit: Refer to Appendix A.2. Complete and sign the Proposal Affidavit. 2.9 Certificate of Insurance: Provide a copy of a Certificate of Insurance verifying your firm's Coverage as outlined in Section 10.23 on page 49. 2.10 Acknowledgement of Receipt of Addenda Form: Refer to Appendix A.1. If any addenda to the RFP documents are issued prior to the due date and time for Proposals, this form must be completed, signed, and included in the Offeror's Technical Proposal. 2.11 Acknowledgement of Review of Contract: Refer to Appendix A.5. The UMUC Contract for this Procurement will contain the provisions in Appendix C as well as any additional terms required by the University and the State of Maryland. By submitting a Proposal, the Offeror warrants that they have reviewed Appendix C and will execute a contract with these terms and conditions upon request by UMUC. 3. Modifications of Technical Proposal. Offerors may modify their Technical Proposals by e-mail or facsimile communication at any time prior to the due date and time, provided that the Issuing Office is satisfied that a written confirmation of the modification with the signature of the Offeror was mailed prior to the Proposal due date and time. Technical Proposals may not be modified, supplemented, cured, or changed in any way after the due date and time, unless specifically requested by the University. UMUC RFP #91598 Specialty Printing Page 16 of 64

1. Qualifying Proposals. SECTION III ARTICLE 2. TECHNICAL EVALUATION PROCESS 1.1 Procurement Officer Review: The Procurement Officer shall first review each Technical Proposal for compliance with the mandatory requirements of this RFP (i.e., susceptibility of award). Failure to comply with any mandatory requirement will normally disqualify a Proposal. The University reserves the right to waive a mandatory requirement when it is in its best interest to do so and when permitted by law. 1.2 Evaluation and Selection Committee: All Qualifying Proposals will be reviewed by a UMUC Evaluation and Selection Committee (the Committee ) established by the Procurement Officer. As the procurement progresses, the Committee may seek input from other appropriate UMUC staff or request additional assistance from any other source. 2. Technical Evaluation of Qualifying Proposals. 2.1 Initial Technical Evaluation: Following the Procurement Officer s qualifying review, the Committee shall conduct its evaluation of the technical merit of the Proposals in accordance with the Evaluation Criteria listed in Article 1, 2, above. Minor irregularities contained in Proposals, which are immaterial or inconsequential in nature, may be waived wherever it is determined to be in the University s best interest and when permitted by law. The decision for progressing in the procurement process will be made based on the strengths, weaknesses, advantages, and deficiencies that the Technical Proposals represent. 2.2 Shortlisting: In accordance with the Evaluation Criteria set forth in Article 1, 2, a shortlist may be developed based on the Initial Technical Evaluation results. All Offerors will be notified of the results as they pertain to their respective Technical Proposal. 3. Oral Presentations/Discussion Sessions. 3.1 Purpose: (Discussion Sessions are not anticipated) Based on the Evaluation Committee s Initial Technical Evaluation, the University may invite, without cost to itself, the shortlisted Offerors to an oral presentation/discussion session ( Discussion Session ). The purposes of the Discussion Session are as follows: (i) To provide the Offeror the opportunity to demonstrate its product; (ii) To discuss/clarify any and all aspects of the Technical Proposal, in particular the proposed product, approach/methodologies, implementation process, schedule, staffing of the contract, and ongoing support of the product and other applicable professional services; (iii) To allow the University to meet the Offeror's key personnel and for these personnel to convey directly their experience and expertise in the proposed product and its implementation; and UMUC RFP #91598 Specialty Printing Page 17 of 64

(iv) To provide an opportunity to clarify the scope of services for the intended contract and discuss any items addressed in the Technical Proposal that may require additional clarification. 4. Second Phase Technical Evaluation. 4.1 Criteria: Following the Discussion Session held with shortlisted Offerors, a Second Phase Technical Evaluation will be conducted. The Evaluation Committee will re-evaluate all criteria of the Technical Proposals of shortlisted Offerors, incorporating assessments of the Discussion Session and outcomes of reference checks. The University reserves the right to make a determination that an Offeror is not shortlisted prior to completing reference checks. 4.2 Process: Further shortlists may result as the procurement progresses. At each phase of the process, those firms that do not remain shortlisted will not progress in the procurement. All Offerors will be notified of the results of the Technical Evaluation as they pertain to their respective Technical Proposals. It is UMUC s intent to incorporate references prior to establishing the final shortlist of proposals. Once a final shortlist of proposals is established, the Committee will rank the remaining Technical Proposals from highest to lowest. UMUC RFP #91598 Specialty Printing Page 18 of 64

SECTION III ARTICLE 3. PRICE PROPOSALS 1. Price Proposals must be received at the Issuing Office by the specified due date and time per the Solicitation Schedule. If applicable, all Offerors must use the Price Proposal form included in Appendix B. Only the Price Proposals of those Offerors remaining on the final shortlist following the completion of the Technical Evaluation will be opened, which will be done privately. 2. Content. The Price Proposal should consist of quoting fees for the enclosed Samples referenced in the Solicitation. There are no reimbursables associated with this Contract. The University will consider adjustments to labor rates only based upon federal minimum wage increases, increases in Maryland Living Wage, and increases in the Consumer Price Index (CPI), as published by the Bureau of Labor Standards in February of the appropriate year (i.e., for 7/1/17 renewal the University will look at the CPI published for February 2017, and so on). Requested increases above a 5% cap will not be considered. In order to receive consideration for a price increase, the Contractor must submit a request in writing to the UMUC Procurement Office sixty (60) days prior to the end of the initial term. The request must specify any change in the hourly labor rate wage to be paid to employees during the renewal term. The University will not consider late requests for adjustments to the hourly rate. Increases that are cumulative for prior years will not be considered; for example, if the Contractor does not request an increase for the first renewal year and then requests an increase for the second renewal year, the Contractor cannot include a cumulative amount which includes the first renewal year. 3. Evaluation. Price Proposals will be evaluated based on the total cost of the products and/or services requested above. The University may elect to request Best and Final Price Proposals (BAFO s). UMUC RFP #91598 Specialty Printing Page 19 of 64

SECTION III ARTICLE 4. FINAL EVALUATION, RANKING AND SELECTION 1. Recommendation of Award or Further Discussions. The Committee may recommend an Offeror for contract award(s) based upon the Offeror s Technical Proposal and Price Proposal without further discussion. However, should the Committee find that further discussion would benefit the University and the State of Maryland, the Committee may recommend such discussions to the Procurement Officer. Should the Procurement Officer determine that further discussion would be in the best interest of the University and the State, the Procurement Officer shall establish procedures and schedules for conducting discussions and will notify responsible Offerors. 2. Final Ranking and Selection. 2.1 Process: Following evaluation of the Technical Proposals and the Price Proposals (and Best and Final Offers, if applicable), the Evaluation and Selection Committee will make an initial overall ranking of the Proposals and recommend to the Procurement Officer the award of the contract(s) to the Offeror whose Proposal(s) is (are) determined to be the most advantageous to the University and the State of Maryland. The decision of the award(s) of the Contract will be made at the discretion of the Procurement Officer and will depend on the facts and circumstances of the procurement. All Offerors will be notified of the award(s) selection. 2.2 Basis for Award: Technical merit will have a greater weight than cost in the final ranking. Award may be made to the Offeror with a higher technical ranking even if its Price Proposal is not the lowest. The Procurement Officer retains the discretion to examine all factors to determine the award of the contract. The goal is to contract with the Offeror(s) that would best meet the needs of the University as set forth in the RFP. 2.3 Negotiations: The University may select for award one or more Offeror(s) to negotiate the terms and conditions of the Contract. The University reserves the right to make an award with or without negotiation. 3. Debriefing. 3.1 Request: Unsuccessful Offerors may request a debriefing. A request must be submitted in writing to the Procurement Officer within ten (10) days after the date on which Offeror knows, or should have known, that its Proposal was unsuccessful. Debriefings shall be conducted at the earliest feasible time. 3.2 Discussion: Debriefings shall be limited to discussion of the Offeror s Proposal only and shall not include a discussion of a competing Offeror s Proposal. The debriefing may include information on areas in which the unsuccessful Offeror s Proposal was deemed weak or insufficient. The debriefing may not include discussion or dissemination of the thoughts, notes, or ranking from an individual Evaluation Committee Member. A summary of the Procurement Officer s rationale for the selection may be given. UMUC RFP #91598 Specialty Printing Page 20 of 64

APPENDIX A TECHNICAL PROPOSAL FORMS (NOTE: Refer to Section III, Article 1, for all required contents of the Technical Proposal. Completion of these forms in this Appendix A is NOT the complete contents required.) A.1 Acknowledgement of Receipt of Addenda Form A.2 Bid Proposal/Affidavit Note: For Section L - CERTIFICATION OF CORPORATION REGISTRATION AND TAX PAYMENT: Firms in Maryland are considered Domestic. Firms outside Maryland are considered Foreign. The Resident Agent filed with the State Department of Assessments and Taxation must have a Maryland address. A.3 Firm Profile A.4 Firm Experience and References A.5 Acknowledgement of Review and Acceptance of Contract Terms UMUC RFP #91598 Specialty Printing Page 21 of 64

APPENDIX A.1 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA FORM RFP NO.: 91598 TECHNICAL PROPOSAL DUE DATE: May 30, 2018, no later than 2:00 PM EDT RFP FOR: Specialty Printing NAME OF OFFEROR: ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA The undersigned, hereby acknowledges the receipt of the following addenda: Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. dated dated dated dated dated As stated in the RFP documents, this form is included in our Technical Proposal. Signature Printed Name Title UMUC RFP #91598 Specialty Printing Page 22 of 64

APPENDIX A.2 BID/PROPOSAL AFFIDAVIT A. AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT: I am the (title) and the duly authorized representative of (business) and that I possess the legal authority to make this Affidavit on behalf of myself and the business for which I am acting. B. NOT USED B-1. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set) The undersigned bidder hereby certifies and agrees that it has fully complied with the State Minority Business Enterprise Law, State Finance and Procurement Article, 14-308(a)(2), Annotated Code of Maryland, which provides that, except as otherwise provided by law, a contractor may not identify a certified minority business enterprise in a bid or proposal and: proposal; (1) Fail to request, receive, or otherwise obtain authorization from the certified minority business enterprise to identify the certified minority (2) Fail to notify the certified minority business enterprise before execution of the contract of its inclusion in the bid or proposal; (3) Fail to use the certified minority business enterprise in the performance of the contract; or (4) Pay the certified minority business enterprise solely for the use of its name in the bid or proposal. Without limiting any other provision of the solicitation on this project, it is understood that if the certification is false, such false certification constitutes grounds for the State to reject the bid submitted by the bidder on this project, and terminate any contract awarded based on the bid. B-2. CERTIFICATION REGARDING VETERAN-OWNED SMALL BUSINESS ENTERPRISES (if applicable to the solicitation) The undersigned bidder hereby certifies and agrees that it has fully complied with the State veteran-owned small business enterprise law, State Finance and Procurement Article, 14-605, Annotated Code of Maryland, which provides that a person may not: (1) Knowingly and with intent to defraud, fraudulently obtain, attempt to obtain, or aid another person in fraudulently obtaining or attempting to obtain public money, procurement contracts, or funds expended under a procurement contract to which the person is not entitled under this title; (2) Knowingly and with intent to defraud, fraudulently represent participation of a veteran owned small business enterprise in order to obtain or retain a bid preference or a procurement contract; (3) Willfully and knowingly make or subscribe to any statement, declaration, or other document that is fraudulent or false as to any material matter, whether or not that falsity or fraud is committed with the knowledge or consent of the person authorized or required to present the declaration, statement, or document; (4) Willfully and knowingly aid, assist in, procure, counsel, or advise the preparation or presentation of a declaration, statement, or other document that is fraudulent or false as to any material matter, regardless of whether that falsity or fraud is committed with the knowledge or consent of the person authorized or required to present the declaration, statement, or document; (5) Willfully and knowingly fail to file any declaration or notice with the unit that is required by COMAR 21.11.12; or (6) Establish, knowingly aid in the establishment of, or exercise control over a business found to have violated a provision of B-2(1) (5) of this regulation. C. AFFIRMATION REGARDING BRIBERY CONVICTIONS I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business (as is defined in Section 16-101(b) of the State Finance and Procurement Article of the Annotated Code of Maryland), or any of its officers, directors, partners, or any of its employees directly involved in obtaining or performing contracts with public bodies (as is defined in Section 16-101(f) of the State Finance and Procurement Article of the Annotated Code of Maryland), has been convicted of, or has had probation before judgment imposed pursuant to Article 27, Section 641 of the Annotated Code of Maryland, or has pleaded nolo contendere to a charge of bribery, attempted bribery, or conspiracy to bribe in violation of Maryland law, or of the law of any other state or federal law, except as follows (indicate the reasons why the affirmation cannot be given and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of person(s) involved, and their current positions and responsibilities with the business): UMUC RFP #91598 Specialty Printing Page 23 of 64

D. AFFIRMATION REGARDING OTHER CONVICTIONS I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, or any of its employees directly involved in obtaining or performing contracts with public bodies, has: (1) Been convicted under state or federal statute of a criminal offense incident to obtaining or attempting to obtain, or performing a public or private contract, fraud, embezzlement, theft, forgery, falsification or destruction of records, or receiving stolen property; (2) Been convicted of any criminal violation of a state or federal antitrust statute; (3) Been convicted under the provisions of Title 18 of the United States Code for violation of the Racketeer Influenced and Corrupt Organizations Act, 18 U.S.C. 1961, et seq., or the Mail Fraud Act, 18 U.S.C. 1341 et seq., for acts arising out of the submission of bids or proposals for a public or private contract; (4) Been convicted of a violation of the State Minority Business Enterprise Law, Section 14-308 of the State Finance and Procurement Article of the Annotated Code of Maryland; (5) Been convicted of a violation of 11-205.1 of the State Finance and Procurement Article of the Annotated Code of Maryland; (6) Been convicted of conspiracy to commit any act or omission that would constitute grounds for conviction or liability under any law or statute described in subsection (1), (2), (3), (4) or (5), above; (7) Been found civilly liable under a state or federal antitrust statutes for acts or omissions in connection with the submission of bids or proposals for a public or private contract; (8) Admitted in writing or under oath, during the course of an official investigation or other proceedings, acts or omissions that would constitute grounds for conviction or liability under any law or statute described above, except as follows (indicate reasons why the affirmations cannot be given, and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of the person(s) involved and their current positions and responsibilities with the business, and the status of any debarment): E. AFFIRMATION REGARDING DEBARMENT I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, or any of its employees directly involved in obtaining or performing contracts with public bodies, has ever been suspended or debarred (including being issued a limited denial of participation) by any public entity, except as follows (list each debarment or suspension providing the dates of the suspension or debarment, the name of the public entity and the status of the proceedings, the name(s) of the person(s) involved and their current positions and responsibilities with the business, the grounds of the debarment or suspension, and the details of each person's involvement in any activity that formed the grounds of the debarment or suspension): F. AFFIRMATION REGARDING DEBARMENT OF RELATED ENTITIES I FURTHER AFFIRM THAT: (1) The business was not established and it does not operate in a manner designed to evade the application of or defeat the purpose of debarment pursuant to Sections 16-101, et seq., of the State Finance and Procurement Article of the Annotated Code of Maryland; and (2) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred business, except as follows (you must indicate the reasons why the affirmations cannot be given without qualification): UMUC RFP #91598 Specialty Printing Page 24 of 64

G. SUB-CONTRACT AFFIRMATION I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, has knowingly entered into a contract with a public body under which a person debarred or suspended under Title 16 of the State Finance and Procurement Article of the Annotated code of Maryland will provide, directly or indirectly, supplies, services, architectural services, leases of real property, or construction. H. AFFIRMATION REGARDING COLLUSION I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, has: (1) Agreed, conspired, connived, or colluded to produce a deceptive show of competition in the compilation of the accompanying bid or offer that is being submitted; (2) In any manner, directly or indirectly, entered into any agreement of any kind to fix the bid price or price proposal of the bidder or Offeror or of any competitor, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for which the accompanying bid or offer is submitted. I. FINANCIAL DISCLOSURE AFFIRMATION I FURTHER AFFIRM THAT: I am aware of, and the above business will comply with the provisions of Section 13-221 of the State Finance and Procurement Article of the Annotated Code of Maryland, which require that every business that enters into contracts, leases, or other agreements with the State of Maryland or its agencies during a calendar year under which the business is to receive in the aggregate $100,000 or more shall, within 30 days of the time when the aggregate value of these contracts, leases or other agreements reaches $100,000, file with the Secretary of State of Maryland certain specified information to include disclosure of beneficial ownership of the business. J. POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION I FURTHER AFFIRM THAT: I am aware of and that the above business will comply with the provisions of Article 33, Sections 30-1 through 30-4 of the Annotated Code of Maryland, which require that every person that enters into contracts, leases, or other agreements with the State of Maryland, including its agencies or a political subdivision of the State, during a calendar year under which the person receives in the aggregate $10,000 or more shall, on or before February 1, of the following year, file with the Secretary of State of Maryland certain specified information to include disclosure of political contribution in excess of $100 to a candidate in any primary or general election. K. DRUG AND ALCOHOL-FREE WORKPLACE (Applicable to all contracts unless the contract is for a law enforcement agency and the agency head or the agency head's designee has determined that application of COMAR 21.11.08 and this certification would be inappropriate in connection with the law enforcement agency's undercover operations.) I CERTIFY THAT: (1) Terms defined in COMAR 21.11.08 shall have the same meaning when used in this certification. (2) By submission of its bid or offer, the business, if other than an individual, certifies and agrees that, with respect to its employees to be employed under a contract resulting from this solicitation, the business shall: (a) Maintain a workplace free of drug and alcohol abuse during the term of the contract; (b) Publish a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of drugs, and the abuse of drugs or alcohol is prohibited in the business' workplace and specifying the actions that will be taken against employees for violation of these prohibitions; (c) Prohibit its employees from working under the influence of drugs and alcohol; (d) Not hire or assign to work on the contract anyone whom the business knows, or in the exercise of due diligence should know, currently abuses drugs or alcohol and is not actively engaged in a bona fide drug or alcohol abuse assistance or rehabilitation program; (e) Promptly inform the appropriate law enforcement agency of every drug-related crime that occurs in its workplace if the business has observed the violation or otherwise has reliable information that a violation has occurred; (f) Establish drug and alcohol abuse awareness programs to inform its employees about: (i) (ii) (iii) The dangers of drug and alcohol abuse in the workplace, The business' policy of maintaining a drug and alcohol-free workplace, Any available drug and alcohol counseling, rehabilitation, and employee assistance programs; and (g) (iv) The penalties that may be imposed upon employees who abuse drugs and alcohol in the workplace; Provide all employees engaged in the performance of the contract with a copy of the statement required by K(2)(b), above; UMUC RFP #91598 Specialty Printing Page 25 of 64

(h) contract, the employee shall: Notify its employees in the statement required by K(2)(b) above, that as a condition of continued employment on the (i) Abide by the terms of the statement, and (ii) Notify the employer of any criminal drug or alcohol abuse conviction for an offense occurring in the workplace not later than five (5) days after a conviction; (i) notice of a conviction; Notify the procurement officer within 10 days after receiving notice under K(2)(h)(ii), above, or otherwise receiving actual (j) Within 30 days after receiving notice under K(2)(h)(ii), above, or otherwise receiving actual notice of a conviction, impose either of the following sanctions or remedial measures on any employee who is convicted of a drug or alcohol abuse offense occurring in the workplace: program; and, (i) (ii) Take appropriate personnel action against an employee, up to and including termination, or Require an employee to satisfactorily participate in a bona fide drug or alcohol abuse assistance or rehabilitation (k) Make a good faith effort to maintain a drug and alcohol-free workplace through implementation of K(2)(a)-(j), above. (3) If the business is an individual, the individual shall certify and agree, as set forth in K(4), below, that the individual shall not engage in the unlawful manufacture, distribution, dispensing, possession, or use of drugs or the abuse of drugs or alcohol in the performance of the contract. (4) I acknowledge and agree that: (a) The award of contract is conditional upon compliance with COMAR 21.11.08 and this certification; (b) The violation of the provisions of COMAR 21.11.08 or this certification shall be cause to suspend payments under, or terminate the contract for default under COMAR 21.07.01.11 or 21.07.03.15, as applicable; and (c) The violation of the provisions of COMAR 21.11.08 or this certification in connection with the contract may, in the exercise of the discretion of the Board of Public Works, result in suspension and debarment of the business under COMAR 21.08.03. L. CERTIFICATION OF CORPORATION REGISTRATION AND TAX PAYMENT I FURTHER AFFIRM THAT: (1) The business named above is a (domestic )(foreign ) [check one] corporation registered in accordance with the Corporations and Associations Article, Annotated Code of Maryland, and that it is in good standing and has filed all of its annual reports, together with filing fees, with the Maryland State Department of Assessments and Taxation, and that the name and address of its resident agent filed with the State Department of Assessments and Taxation is: Name: Address: (If not applicable, so state.) (2) Except as validly contested, the business has paid, or has arranged for payment of, all taxes due the State of Maryland and has filed all required returns and reports with the Comptroller of the Treasury, the State Department of Assessments and Taxation, and the Employment Security Administration, as applicable, and will have paid all withholding taxes due the State of Maryland prior to final settlement. M. CONTINGENT FEES I FURTHER AFFIRM THAT: The business has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee or agent working for the business, to solicit or secure the Contract, and that the business has not paid or agreed to pay any person, partnership, corporation, or other entity, other than a bona fide employee or agent, any fee or any other consideration contingent on the making of the Contract. UMUC RFP #91598 Specialty Printing Page 26 of 64

N. CONFLICT OF INTEREST AFFIDAVIT AND DISCLOSURE A. "Conflict of interest" means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the State, or the person's objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage. B. "Person" has the meaning stated in COMAR 21.01.02.01B(64) and includes a bidder, offeror, contractor, consultant, or subcontractor or subconsultant at any tier, and also includes an employee or agent of any of them if the employee or agent has or will have the authority to control or supervise all or a portion of the work for which a bid or offer is made. C. The bidder or offeror warrants that, except as disclosed in D, below, there are no relevant facts or circumstances now giving rise or which could, in the future, give rise to a conflict of interest. D. The following facts or circumstances give rise or could in the future give rise to a conflict of interest (explain detail attach additional sheets if necessary): E. The bidder or offeror agrees that if an actual or potential conflict of interest arises after the date of this affidavit, the bidder or offeror shall immediately make a full disclosure in writing to the procurement officer of all relevant facts and circumstances. This disclosure shall include a description of actions which the bidder or offeror has taken and proposes to take to avoid, mitigate, or neutralize the actual or potential conflict of interest. If the contract has been awarded and performance of the contract has begun, the contractor shall continue performance until notified by the procurement officer of any contrary action to be taken. O. CERTIFICATION REGARDING INVESTMENTS IN IRAN (1) The undersigned bidder or offeror certifies that, in accordance with State Finance & Procurement Article, 17-705: (i) it is not identified on the list created by the Board of Public Works as a person engaging in investment activities in Iran as described in 17-702 of State Finance & Procurement; and (ii) it is not engaging in investment activities in Iran as described in State Finance & Procurement Article, 17-702. activities: (2) The undersigned bidder or offeror is unable to make the above certification regarding its investment activities in Iran due to the following P. ACKNOWLEDGMENT I ACKNOWLEDGE THAT this Affidavit is to be furnished to the Procurement Officer and may be distributed to units of: (1) the State of Maryland; (2) counties or other subdivisions of the State of Maryland; (3) other states; and, (4) the federal government. I further acknowledge that this Affidavit is subject to applicable laws of the United States and the State of Maryland, both criminal and civil, and that nothing in this Affidavit or any contract resulting from submission of this bid or proposal shall be construed to supersede, amend, modify or waive, on behalf of the State of Maryland or any unit of the State of Maryland having jurisdiction, the exercise of any right or remedy conferred by the Constitution and the laws of Maryland in respect to any misrepresentation made or any violation of the obligations, terms and covenants undertaken by the above business in respect to (1) this Affidavit, (2) the contract, and (3) other Affidavits comprising part of the contract. I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF. Date: By: (Authorized Representative and Affiant) Company Name: FEIN No: UMUC RFP #91598 Specialty Printing Page 27 of 64